DOCUMENT
D -- Telecommunications Operations and Maintenance Support Services For Fleet Readiness Center (FRC) East, Cherry Point, NC - Draft PWS
- Notice Date
- 5/23/2008
- Notice Type
- Draft PWS
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of the Navy, Naval Air Systems Command, FLEET READINESS CENTER-EAST, PSC BOX 8021, Cherry Point, North Carolina, 28533-0021
- ZIP Code
- 28533-0021
- Solicitation Number
- N6592308PR0078
- Point of Contact
- Denise A Fincher, Phone: (252) 464-7079
- E-Mail Address
-
denise.fincher@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This sources sought synopsis is issued for the purpose of identifying sources capable of fulfilling the requirement and the potential for a competitive environment. This is not a request for proposal. This requirement is for Telecommunications Operations and Maintenance Support Services for the Fleet Readiness Center (FRC) East, Cherry Point, North Carolina. A “Draft” Performance Work Statement (PWS) has been attached for your use when developing your responses to the request for information identified below. SUBMITTAL INFORMATION Please provide the following information in your response: 1. What type of work has your company performed in the past in support of the same or similar requirement? (Note: Your response will be reviewed to determine your capability to provide the full range of support identified in the draft Statement of Work (SOW). Your response should therefore identify previous work that clearly shows the same level of responsibilities for the same or similar work requirements, as required by this SOW and/or how the work experience you described relates to the work in this SOW such that it clearly demonstrates your capability to provide the full range of support identified in the draft SOW. 2. Can or has your company managed a task of this nature before? (Note: Your response will be reviewed to determine if you have successfully managed same or similar tasks previously and how that experience relates to managing the work required in this SOW, such that it clearly demonstrates your capability to successfully manage tasks to provide the full range of support identified in the draft SOW which requires full systems capability 24/7/365 across all system functionality 100% of the time with an acceptable quality level of 98% in addition to the “Other Telecommunications Support” requirements identified.) 3. Has your company managed a team of subcontractors before? (Note: Your response will be reviewed to determine your capability to manage a team of subcontractors performing same, similar, or other tasks than those identified in the draft SOW, such that it clearly demonstrates your capability to manage a subcontractor team/s to provide the full support identified in the draft SOW. 4. What specific technical skills does your company possess which ensure capability to perform the tasks? (Note: Your response will be reviewed to determine if your company possesses the requisite personnel skills or the capability to obtain said resources and to make them available to successfully perform the full range of support identified in the draft SOW. 5. Provide an explanation of your company’s ability to perform 50% of the work with company resources versus support from subcontractors. (Note: If the contract is competed as a “small business set-aside”, the small business prime contractor must perform 50% of the work with company resources.) The response provided to this question will be reviewed to determine if responding businesses are capable of performing at least 50% of the work with company resources. 6. Provide company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, HubZone Small Business, etc.) relative to the identified NAICS Code. ELECTRONIC SUBMISSION INFORMATION It is requested that interested vendors submit a response of no more than 12 pages in length, single spaced, 12 point font minimum that addresses the identified areas. Your response should be submitted by electronic mail to denise.fincher@navy.mil. Submissions should be received by close of business on 2 June 2008. All response must include the following information: Company name, cage code, company address, company business size; and Point-of-Contact name, phone number, fax number and email address. OTHER INFORMATION The proposed contract type is Firm Fixed Price (FFP), single award with FFP Contract Line Item Numbers (CLIN) for Labor. The planned performance period will include a base period of 12 months with 4 optional performance periods of 12 months each. Anticipated start date is 14 October 2008. The incumbent contractor is GSTEK, Inc, Contract Number N00421-04-C-0074.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b85a19e29375ea8f014ca43deb759caa&tab=core&_cview=1)
- Document(s)
- Draft PWS
- File Name: Draft PWS.08PR0078 (Draft PWS.08PR0078.pdf)
- Link: https://www.fbo.gov//utils/view?id=98a2b0d2715f54852f074736d2cfc2cf
- Bytes: 504.91 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: Fleet Readiness Center (FRC) East Cherry Point, NC, Cherry Point, North Carolina, 28533-0021, United States
- Zip Code: 28533-0021
- Record
- SN01580346-W 20080525/080523215742-b85a19e29375ea8f014ca43deb759caa (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |